Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

B -- Testing Services for 30 compounds

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-2015-CSS-371
 
Archive Date
9/5/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation Title: Testing Services for 30 compounds (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-371 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2-2, dated August 5, 2015. (iv)This acquisition is unrestricted, full and open competition. The associated NAICS code 541380 - Testing Laboratories and the small business size standard is $15 million. (v)Analytical Testing Services for 30 compounds (vi)Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) - one of 27 Institutes and Centers at the National Institutes of Health (NIH) - was established to transform the translational process so that new treatments and cures for disease can be delivered to patients faster. The NCATS mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. Purpose The purpose of this acquisition is to procure analytical testing services for 30 compounds. Scope of Work Specifically, the following testing services are required: 1.This testing service will assess a molecule's effect on cardiomyocytes and results in gaining in vivo understanding of the compound's cardiotoxicity. •The vendor shall use a highly purified population of cardiomyocytes, differentiated from human induced pluripotent stem (iPS) cells and provide an expected electrophysical and biochemical response upon treatment. •The vendor shall use microelectrode array (MEA) •The vendor is to plate at a density of 20,000 cells per well and allow cells to form spontaneously beating clusters, after which the vendor will dose test compound in 5 concentration and incubate for 45 min. •The vendor shall provide the following results: number of beats, fast Na+ amplitude (mV), fast Na+ slope (V/s) and field potential duration (QT interval) 2.This testing service will assess a molecule's effect on rat cortical neurons and results in gaining in vivo understanding of the compound's electrophysical activity. •The vendor shall use cryopreserved rat cortical neurons and microelectrode array (MEA) •The vendor shall plate cells at a density of 75,000 cells/well and maintain between 14-17 days or until spontaneous spike activity and characteristics of network activity are observed. •The vendor shall dose the cells with test compound at 4 concentrations in medium and incubate for 1 hr. •The vendor shall provide the following results: firing rate (spikes/second), coefficient of variation (CV) of the inter-spike intervals (ISI)(indicator of burst pattern changes), burst duration, interburst interval, number of spikes in burst, burst duration inter-quartile range (IQR) normalised by dividing by the median of the burst duration (indicator of the regularity of bursts) and synchrony within a well. 3.This testing service will assess a molecule's effect on human hepatocellular carcinoma cells to illuminate cellular system responses to compound treatment. •The vendor shall provide the following results: AC50 parameters along with graphical representation of the data, comparison against set of reference compounds for which safety data is available using a classification algorithm that will provide a rank order of risk of failure in safety studies. (vii) The period of performance is within four (4) weeks after receipt of the samples, beginning on September 1, 2015 through October 1, 2015. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue a firm fixed price Contract for this requirement. (b)Award Criteria The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1.Technical Approach (70%) • The contractor shall demonstrate their understanding of the requirements and tasks detailed in this solicitation and their technical approach to perform the required tasks outlined. 2.Corporate Experience (30%) • The Offeror shall identify two (2) contracts completed in the past five years, similar in size and scope to the requirements set forth in this solicitation and for which the Offeror was the prime contractor. The following information must be provided for each contract identified: a.Name of contracting organization b.Contract number c.Contract type d.Total contract value e.Description of the requirement f.Narrative of specific responsibilities of the offeror as they relate to the requirements set forth in this solicitation The Corporate Experience factor will be evaluated based on the degree to which the offeror's: a.Corporate experience reflects/identifies experience on projects that are similar in size, scope, and complexity to the requirements contained in this solicitation. b.Corporate experience reflects current experience and the offeror's roles and responsibilities are similar in size, scope and complexity to the requirements contained in this solicitation. c.Corporate Experience reflects the offeror's approach to client support to include quality control, risk management, and maintaining effective lines of communication. Evaluation will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)52.227-14 Rights in Data-General, (DEC 2007) (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description, the total cost; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. The proposal shall be formatted as follows: Page size 8.5 by 11 inches with 1 inch margins. Paragraphs single spaced. Minimum font size/style 10 point Times New Roman font for Text, 9 point font in the Arial family for Tables, and 8 point font in the Arial family for Graphics. Tables and graphics may be landscape; all other text must be portrait. If the offeror uses a different format (font size, margin, etc.), the Government reserves the right to adjust the proposal to fit the parameters of the format as stated in the RFP, and if this results in the proposal exceeding the page limitations in any one area, the Government will not consider those excess pages. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on August 12, 2015. Offers must be received electronically by 8:00 AM (EST) on August 21, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-CSS-15-371 on your offer. Requests for information concerning this requirement are to be addressed to Samantha Kelly via e-mail only to Samantha.Kelly2@nih.gov prior to the closing date for questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-371/listing.html)
 
Record
SN03829453-W 20150809/150807235426-27ca96cfe71ba1f5c1aa8c6e7bc510b7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.